The RFP Database
New business relationships start here

MAINTENANCE TRACTION & HYDRAULIC ELEVATORS


Wisconsin, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Attachment 2: Combined Synopsis/Solicitation for Commercial
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4
Original Date: 10/12/17
Revision 01 Date: 01/08/18
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25219Q0005
Posted Date:
08/01/2019
Original Response Date:
08/23/2019
Current Response Date:
08/23/2019
Product or Service Code:
J035
Set Aside (SDVOSB/VOSB):
VOSB
NAICS Code:
238290
Contracting Office Address
Great Lakes Acquisition Center
VA Iliana Healthcare System
1900 East Main Street
Danville Illinois 61832
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.

The associated North American Industrial Classification System (NAICS) code for this procurement is 238290, with a small business size standard of $15.0 million.

The VA Iliana Healthcare System, 1900 East Main Street, Danville Illinois is seeking to purchase
Elevator Maintenance Services.

All interested companies shall provide quotations for the following:

Schedule
Base Year 10/01/2019-09/30/2020
Line Item
Description
Quantity
Unit
Unit Price
Total Price
0001
Annual maintenance contract for the monthly inspection and maintenance for eight (8) traction and hydraulic elevators.

12
MO


0002
Emergency repair service to be utilized and billed as needed; normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for repairs/service due to damage, vandalism and misuse. Separate Task Order/Purchase Order will be issued for this work separate from this contract.
1
HR


0003
Emergency repair service to be utilized and billed as needed; non-normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for Emergency and after-hours service. Separate Task Order/Purchase Order will be issued for this work separate from this contract.
1
HR


Option One
10/01/2020-09/30-2021




0004
Annual maintenance contract for the monthly inspection and maintenance for eight (8) traction and hydraulic elevators.

12
MO


0005
Emergency repair service to be utilized and billed as needed; normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for repairs/service due to damage, vandalism and misuse. Separate Task Order/Purchase Order will be issued for this work separate from this contract.
1
HR


0006
Emergency repair service to be utilized and billed as needed; non-normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for Emergency and after-hours service. Separate Task Order/Purchase Order will be issued for this work separate from this contract.
1
HR


Option Two
10/01/2021-09/30-2022




0007
Annual maintenance contract for the monthly inspection and maintenance for eight (8) traction and hydraulic elevators.

12
MO


0008
Emergency repair service to be utilized and billed as needed; normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for repairs/service due to damage, vandalism and misuse. Separate Task Order/Purchase Order will be issued for this work separate from this contract.
1
HR


0009
Emergency repair service to be utilized and billed as needed; non-normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for Emergency and after-hours service. Separate Task Order/Purchase Order will be issued for this work separate from this contract
8
HR


Option Three
10/01/2022-09/30-2023




0010
Annual maintenance contract for the monthly inspection and maintenance for eight (8) traction and hydraulic elevators.

12
MO


0011
Emergency repair service to be utilized and billed as needed; normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for repairs/service due to damage, vandalism and misuse. Separate Task Order/Purchase Order will be issued for this work separate from this contract.
1
HR


0012
Emergency repair service to be utilized and billed as needed; non-normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for Emergency and after-hours service. Separate Task Order/Purchase Order will be issued for this work separate from this contract
1
HR


Option Four
10/01/2023-09/30-2024




0013
Annual maintenance contract for the monthly inspection and maintenance for eight (8) traction and hydraulic elevators.

12
MO


0014
Emergency repair service to be utilized and billed as needed; normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for repairs/service due to damage, vandalism and misuse. Separate Task Order/Purchase Order will be issued for this work separate from this contract.
1
HR


0015
Emergency repair service to be utilized and billed as needed; non-normal business hours. Establishes hourly rate only. Contractor must provide a time and cost estimate for Emergency and after-hours service. Separate Task Order/Purchase Order will be issued for this work separate from this contract.
1
HR



Services
Scope of work:

The vendor shall provide regularly scheduled monthly maintenance services to include examination, lubrication and adjustment of the below listed components and a full coverage parts repair maintenance program for three (3) hydraulic and five (5) geared elevators located in various buildings located on the campus of VA IIliana Healthcare System at 1900 East Main Street, Danville, IL 61832.
Components to be serviced:

Control and landing positioning systems
Signal fixtures
Machines, drives, motors, governors, sheaves and wire ropes
Power units, pumps, valves and jacks
Car and hoistway door operating devices and door protection equipment
Loadweighers, car frames and platforms, and counterweights
Safety Mechanisms
Pana40 Plus 3D door detection edges with LED door directional indicators and audible annunciator alarms on the following elevators. These elevators are included in the equipment list at the end of this Performance Work Statement:
a. Building 98 El
b. Building 98 E2
c. Building 58 El (2 doors, front and back)
d. Building 58 E2
e. Building 14

Full coverage parts repair and replacement
Provide parts repair and I or replacement for all components worn or failed due to normal wear
All replacement parts will be new or refurbished to meet quality standards
Relamp all signals as required

Provide a Maintenance Control Program with documentation which shall be used to record all maintenance, repairs, replacements and tests performed on the equipment and a copy provided with each unit to meet code requirements
Provide a maintenance tasks procedures manual for each unit
Lubricate equipment as required for smooth and efficient performance
Adjust parts and components to maximize performance and insure safe operation at all times.
Emergency Response and After-Hours Service

Respond to requests for Emergency service within two (2) hours of notification during normal working hours and within four (4) hours before or after normal business working days and hours
Provide an Emergency response rate for the following:
Hourly labor rate normal business working day and hour
Hourly labor rate outside normal working day and hour
c. Mileage

Time period
Service visits shall be done during normal working hours and shall be scheduled and coordinated in advance. This contract shall cover the period from 1 October 2019 to 30 September 2020 .There shall be Four (4) Additional One (1) Year Options, if exercised.
The Elevator Information is as follows:
Elevator Information:
LOCATION QTY MAKE TYPE Landings
Building 58 1 Hollister Whitney Traction Passenger 6
Building 58 1 Hollister Whitney Traction Passenger 6
Building 58 1 Canton Hydraulic Passenger 5
Building 98 1 Hollister Whitney Traction Passenger 4
Building 98 1 Hollister Whitney Traction Passenger 4
Building 98 1 Hollister Whitney Traction Passenger 4
Building 19 1 Canton Hydraulic Freight 4
Building 14 1 Canton Hydraulic Passenger 2



Place of Performance
Address:
VA Iliana Healthcare System
1900 East Main Street
Danville Illinois
Postal Code:
61832-5198
Country:
UNITED STATES

Award shall be made to the quoter whose quotation offers the lowest-priced offer meeting or exceeding the acceptability standards for non-cost factors. The government will evaluate information based on the following evaluation criteria:

DOCUMENTATION OF TECHNICAL ACCEPTABILITY
The following Evaluation Factors will be used as the basis for determining Technical Acceptability:
FACTOR 1: QUALIFICATIONS OF KEY PERSONNEL

To be Technically Acceptable, offerors must demonstrate that they have the personnel who possess the appropriate qualifications and experience to perform the services as
identified in the Statement of Work. Offerors shall provide the following information on
each proposed contract provider:
A. Provide a list of the names Key Personnel to be utilized in the performance of this contract, along with a copy of their resumes/curriculum vitae, and a description of the particular services to be provided by such personnel.
B. Relevant experience regarding the requirements of the Statement of Work
C. Skills assessments, competencies and evaluation documenting performance.
D. Offerors shall indicate which subcontractor, if subcontractor s will be used, and provide the necessary information for the subcontractor s personnel.

FACTOR 2: MANAGEMENT CAPABILITY

To be Technically Acceptable, offerors must demonstrate that the firm s management
possesses the required knowledge, experience, plans, controls, approach and other
capabilities to perform the services as identified in the Statement of Work. Offerors shall
provide the following information:

Describe firm s ability to provide the full range of services as outlined in the statement of work.
Demonstrate capability to respond to Emergency Calls within the timeframe specified in the Performance Work Statement

FACTOR 3: PAST PERFORMANCE

To be Technically Acceptable, the information reviewed by the Government shall clearly
indicate that the offeror possesses the ability to satisfactorily perform the contract. Past
Performance evaluations will be conducted using information provided with the offer,
information obtained from references, information obtained from the Past Performance
Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity
Information System (FAPIIS) and information from any other sources deemed
appropriate. When evaluating past performance, the Government may consider the
currency and relevancy of the information, the source of the information, the context of
the data provided, and the general trends in the contractor s performance. An offeror that has no available relevant past performance history will not be evaluated favorably or unfavorably. Such offerors may submit relevant past performance information regarding: predecessor companies; key personnel who have relevant experience; or subcontractors that will be performing major or critical aspects of this requirement;

The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Offeror when evaluating past performance. Offerors may provide information on problems encountered on the identified contracts and the offeror s corrective actions.

The Offeror shall list a minimum of one (1) and a maximum of five (5) most recent completed projects of similar size and scope during the last three (3) calendar years along with Point of Contact (POC) information (Name, Address, Telephone Number, Email Address and Fax Number) of a POC of the owner of those projects or person who represented the owner and would have the most detailed information about the Offeror s performance.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items [OCT 2018]
FAR 52.212-3, Offerors Representations and Certifications Commercial Items [OCT 2018]
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.237-1 Site Visit (APR 1984)
52.212-2 Evaluation-Commercial Items (OCT 2014)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items [OCT 2018]
[Insert a statement regarding any addenda to FAR 52.212-4]
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2019]
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
852.203-70 Commercial Advertising (MAY 2008)
852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside
852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
852.237-70 Contractor Responsibilities (APR 1984)

The following subparagraphs of FAR 52.212-5 are applicable:
B subparagraph (b) (4),(6)(8),(22),(25),(27),(28),(32),(33),(42),(47),(49),(55),
subparagraph (c) (1),(2),(3),(4),(8),(9),

Wage Determination 1969-0099 REV 60 applies

ACQUISITION OF COMMERCIAL ITEMS:
This Request for Quote (RFQ) solicitation is issued under the authority of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. FAR Part 15 will not be used. The procedures in Part 12 used in conjunction with Part 13 allow the Government to procure services resembling those in the commercial marketplace and streamline the procurement process.

SITE VISIT:
A Site Visit shall be held on Tuesday August 13,2019. The Site visit shall begin at 1PM CDT
Site Visit location is the VA Iliana Healthcare System, 1900 East Main Street, Danville Illinois 61832
Contractors shall report to Police Service in Building 102 and obtain a Visitors Badge prior to the Site Visit.
Contractors shall respond by email prior to the visit to kevin.adkins@va.gov to notify of their attendance
Contractors shall meet at the office of the Contracting Officer in Building 102, Room 103J. This office is adjacent to Police Service.


In order to maintain integrity of this solicitation and subsequent award date, all offerors are advised that any question and answer requests must be submitted in a written form via e-mail to the Contracting Officer kevin.adkins@va.gov no later than THURSDAY AUGUST 15,2019 , AT NOON CENTRAL. Contracting will issue a consolidated response via solicitation amendment to www.fbo.gov within 2 business days to all parties.

All quoters shall submit the following: one (1) copy of the quote. The quote shall be submitted in two sections, the pricing quote and the technical and past performance Quote.

All quotations shall be sent to the Contracting Officer via email to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov .

This is an open-market Total Veteran Owned Small Business Set Aside combined synopsis/solicitation for Elevator Maintenance Services as defined herein. The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than 4PM Friday August 23,2019 by the methods stated above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Kevin Adkins at kevin.adkins@va.gov.

Point of Contact
Kevin Adkins Contracting Officer
217-554-4544 Office
217-554-3206 Fax
kevin.adkins@va.gov

Kevin Adkins
Contract Specialist
217-554-4544

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP